Tender

Supply, Delivery and Commissioning of a 5 Stage Mixed- Suspension, Mixed-Product Removal (MSMPR) system

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2024/S 000-014177

Procurement identifier (OCID): ocds-h6vhtk-04366d

Published 2 May 2024, 11:13am



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G11XQ

Email

jemma.wylie@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply, Delivery and Commissioning of a 5 Stage Mixed- Suspension, Mixed-Product Removal (MSMPR) system

Reference number

UOS-31490-2024

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Contract Notice is for the tender opportunity to appoint a sole supplier to provide the Continuous Manufacturing and Crystallisation centre (CMAC) with a 5 stage Mixed-Suspension, Mixed-Product-Removal (MSMPR) system to operate in their existing world class research facility in the Technology and Innovation Centre at the University of Strathclyde. As a research centre focusing on delivering high impact industrially relevant research with a broad portfolio of funding streams from government funded research through pre-competitive and confidential projects, CMAC require a new MSMPR to enhance their capability and continue to drive their Quality by Digital design initiative.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Technology and Innovation Centre, the University of Strathclyde

two.2.4) Description of the procurement

The University, on behalf of CMAC, are looking to procure a 5-stage MSMPR. CMAC is looking for a new 5-stage MSMPR capable of automated external PC monitoring and control with capability to interface to advanced process control (APC) systems. The system should be able to run "lights out" without manual intervention and have suitable safety and monitoring systems to enable this. Each vessel should have at least one port for process analytical technique (PAT) probe with baffles (or equivalent), heated jackets and transfer lines. A slurry transfer system between vessel should be provided with flexibility in transfer frequency and volume ideally. Feed pumps and lines should ideally have mass flow measurement implemented and be heated. Target total flow rates of 5-200g/minute.

Although the system is intended primarily for crystallisation, it must also be capable of chemical reactions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contracting Authority reserves the right to request additional services from the successful Tenderer, either intended extension of existing services or in replacement of existing services.

The Contracting Authority may at its sole discretion exercise this option.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.1.1

4B.5.1 a-b

Minimum level(s) of standards possibly required

4B1.1 It is a requirement that bidders have a general yearly turnover of a minimum of 700,000.00 GBP for the last 3 years.

4B.5.1 a-b. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently

awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 10,000,000.00 GBP

Public Liability Insurance = 10,000,000.00 GBP

Professional Risk Indemnity Insurance = 2,000,000.00 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2

Minimum level(s) of standards possibly required

4C1.2 Bidders will be required to provide three (3) examples that demonstrate that they have the relevant experience to deliver the supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or relevant section of the Site Notice


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-003393

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 June 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

5 June 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26135. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:758101)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom